Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

C -- IDIQ for Multi-Disciplinary Architect-Engineering (A-E) Design Services for Projects within the National Park Service — Northeast and National Capital Regions (primary geographic area) and Nationwide (secondary geographic area) - Responses to Questions - April 4, 2014

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P14PS00515
 
Point of Contact
Robin Fuchs, Phone: (303) 969-2841, Marlene Haussler, Phone: (303) 969-2159
 
E-Mail Address
robin_fuchs@nps.gov, Marlene_Haussler@contractor.nps.gov
(robin_fuchs@nps.gov, Marlene_Haussler@contractor.nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Responses to Questions - April 4, 2014 This announcement has been updated (as of 4-7-2014) to provide additional Responses to Questions. Please refer to the attached documents for responses. NOTICE: ALL QUESTIONS MUST BE RECEIVED NO LATER THAN FRIDAY, APRIL 4, 2014, AT 12:00 PM MDT. IDIQ for Multi-Disciplinary Architect-Engineering (A-E) Design Services for Projects within the National Park Service - Northeast and National Capital Regions (primary geographic area) and Nationwide (secondary geographic area) THIS IS A REQUEST FOR STATEMENT OF QUALIFICATIONS: The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified firm(s) or organization(s) to provide Multi-Disciplinary Architect-Engineer Design Services under an Indefinite Quantity contract for a variety of projects within areas of national significance at locations throughout the Northeast and National Capital Regions of the NPS, which includes the states of Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, and Washington, D.C. (primary coverage area). The secondary area of coverage is nationwide, i.e., design work may be performed for projects throughout the United States, its possessions, and territories, provided the individual professional state's licensure and registration requirements can be met. In order to be considered for award of this IDIQ contract, firm(s) must demonstrate they possess all professional qualifications, including individual professional licenses, certifications, etc. for those states listed in the primary area of coverage. Professional registrations are not required for the secondary area at the time of solicitation but evidence must be shown the candidate firm is eligible to become registered in the secondary area states if selected, in time frame as required. The NAICS code for this requirement is 541310, size standard $7,000,000.00 annual receipts averaged over the three preceding years. The size of the small business firm includes all parents, subsidiaries, affiliates, etc. (See 13 CFR 121.103 and 13 CFR 121.108.) All firms should be certified in the Online Representations and Certifications Applications (ORCA) found at the System for Award Management (SAM) https://www.sam.gov. The lead firm(s) selected for contract award will be predominately an architecture and engineering firm specializing in modern-day and/or historic architecture and landscape architecture and with in-house and/or sub-contracted multi-disciplinary engineering support. In order to maximize competition, the National Park Service is encouraging prime/sub-consultant relationships for this solicitation. Familiarity with the "Secretary of the Interior's Standards for Archeology and Historic Preservation" and the related "Secretary of the Interior's Standards for the Treatment of Historic Properties", and the "Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for the Treatment of Cultural Landscapes" as well as sensitivity to NPS conservation and interpretation values, management policies, Architectural Barriers Act Accessibility Standards (ABAAS) and sustainable design principles (including energy efficiencies and design resiliency for future storm impacts) must be demonstrated. The Government may elect to award a single task order contract or multiple task order contracts to one or more sources under this solicitation. The Government reserves the right to award contracts, based on the selection board's final selection list, in order of preference, to the firms considered most highly qualified to perform the work. Each selected firm shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use factors such as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, customer service, and other factors (i.e., knowledge of local construction methodologies and practices, natural and cultural compliance, permitting, capability to utilize scheduling, modeling, programs and/or software, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. With prior approval of the Contracting Officer assigned responsibility for administration of the contract, any duly authorized Contracting Officer assigned to the National Park Service can place task orders, approve payments, and authorize modifications to task orders issued under the contract. Task Orders may be placed by other Federal agencies, provided an Interagency Agreement or Memorandum of Understanding authorizing such use exists between the National Park Service and the Federal agency requesting the services. Use of this contract by other Federal agencies must be approved in advance by the Contracting Officer assigned responsibility for administration of this contract. The task orders issued by other Federal agencies must be in accordance with the requirements, terms, conditions, and within the scope and intent of this contract. TYPES OF PROJECTS: Projects may include but are not limited to research, evaluation, analysis, inventory and monitoring, compliance and permitting (including environmental, construction, NEPA, and Section 106), drainage and stormwater management systems, flood plain delineations, geotechnical evaluations and design, interpretive exhibits, stabilization, preservation, rehabilitation of historic structures, accessibility upgrades, site planning, design, cultural landscapes, design support during construction, design for historic/modern-day structures, museums, curatorial facilities, revetment and/or seawalls, shoring, security improvements, demolition, visitor/interpretive centers, administrative facilities, maintenance facilities, electrical systems (including high and low voltage), fire protection systems, mechanical systems, security systems, seismic retrofits, small scale and renewable energy systems, surveying (including boundary, hydrographic, and land), total building commissioning, traffic and transportation systems/facilities, water and wastewater systems, multi- and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, marine and coastal facilities, and memorials. Incidental Services may include: removal of building finishes, destructive testing, foundation testing, etc. as needed to determine actual site conditions. REQUIRED DISCIPLINES: A) Required disciplines include, but are not limited to, professional registered architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape), Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, Civil Engineering, Commissioning, Construction Engineering, Construction Management and Inspection, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Landscape Architecture, Electrical Engineering/Licensed Electrical Administrator, Facility Condition Assessment Specialists, Fire Protection Engineering, Geotechnical Engineering, Land Surveying, Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil), Interior Design, LEED Accredited Professional, Lighting Design, Mechanical Engineering/Licensed Mechanical Administrator, Small-scale and Renewable Energy Systems Engineering, Structural Engineering, and Sustainable Technologies Specialists. B) Additional disciplines which may be required for some projects include registered, certified, or professionals qualified in the following areas: Acoustics, Air quality, Anthropology, Archeology, Architectural Barriers Act Accessibility Standards (ABAAS), Cultural and Natural Resources, Architectural Conservation, Botany, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Coastal Engineering, Construction Safety, Construction QA Inspections, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Cost Analysis, Energy Modeling, Environmental Planning, Environmental Science, Exhibit/Media Design, Facility Condition Assessments, Geology, Hazardous Materials, Historic Architecture, Historic Landscape Architecture, Industrial Hygiene, Interpretation, Land and Hydrographic Surveying, Landscape History, LEED Accredited Professional, Lighting, Marine Engineering, NEPA, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, Section 106 Compliance, Security, Seismic Engineering, Sustainable Technologies, Transportation and Traffic Engineering, Audio/Visual quality, Waterproofing, Wetlands, and Wildlife biology. C) Incidental services, e.g., AutoCAD drafting and 3D modeling, GIS, visual simulation, Microsoft Office applications, Adobe Acrobat, copying/printing, material support for field-assigned personnel, etc., may be required in the performance of specific task order requirements. In addition removal and replacement of building finishes, destructive testing, foundation testing, etc., may be required to determine actual site conditions. CONTRACT PERIOD: All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $15,000,000.00 for the life of the contract. The $15,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all option years. Each task order will not exceed $1,000,000.00. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. SUSTAINABLE DESIGN: The U.S. Government has adopted sustainable design as the guiding principle (http://www.energystar.gov/ia/business/Guiding_Principles.pdf) for its planning, design and construction projects. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design and certifications and memberships in professionally recognized organizations that promulgate sustainable practices. Firms shall validate their sustainable design abilities and practices through completed LEED certified construction projects and green building awards. LEED accredited professionals should play leading roles on the project team. Sustainability related executive orders, laws, regulations, best practices, and some recommended products may be found at: http://www.nps.gov/dscw/ds-sustainability.htm UNIVERSAL DESIGN AND ACCESSIBILITY: The National Pak Service is dedicated to making projects universally designed and seamlessly accessible to visitors and staff with disabilities. All planning, design and construction projects shall meet and exceed the requirements of the Architectural Barriers Act Accessibility Standards (ABAAS), Section 504 (program access) and Section 508 (electronic and information technology access) of the Rehabilitation Act. The 2006 NPS Management Policies requires that projects exceed these federal requirements and apply the tenets of universal design to provide usable and inclusive experiences for all. To meet the requirements of Executive Order 13548, "Increasing Federal Employment of Individuals with Disabilities", NPA assures visitor use areas and employee areas are accessible and provide the connectivity to all amenities so that employees with disabilities can fully participate in all programs. Universal Design and Accessibility laws, regulations, checklists, best practices, training modules, standard drawings and specifications may be found at: http://www.nps.gov/dscw/ds-accessibility.htm and http://www.nps.gov/dscw/ds-universal-design.htm EXECUTIVE ORDERS, LAWS, REGULATIONS: Comply with Design Imperatives at http://www.nps.gov/dscw/laws-policies.htm plus all applicable Executive Orders, laws, and regulations. PRIMARY SERVICES REQUIRED: A) Pre-Design Services: • Programming (Site Analysis, Site Program, Facility Program, and Interpretive Program - exhibits and waysides) Contextual Analysis • Integrated Design Narrative, including Universal Design recommendations B) Commissioning Services, including total building commissioning beginning as early as pre-design and continuing throughout design and construction C) Supplementary Services (i.e. geotechnical surveys, topographic surveys, environmental site assessments (Phase I, II ), human and ecological risk assessments, energy studies, hazardous material studies, etc.) D) Design Services: • Schematic Design • Value Analysis and Value-based decision making Design Development • Design Development Documents • Construction Documents • Control Documents for Exhibits • Construction Support • Sustainability/LEED documentation E) Compliance Services: • Research/Resource Modeling • Inventory, Resource Surveys, Resource Modeling, Wetland Delineations • Historic Structure and Cultural Landscape Reports and Assessments NEPA Compliance • Section106 and NHPA Compliance • ABAAS, Section 504 and Section 508 Compliance • Other Environmental Compliance (i.e. essential fish habitat assessments, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations) F) Cost Estimating, including Life Cycle Cost Analysis and Total Cost of Ownership G) Permitting (i.e. Resource, Construction and Operating) H) Project Scheduling I) Risk Analysis A documented internal Quality Control program shall be applied to all services performed. The A/E consultant accepts ultimate responsibility, liability and duty to control the quality of the services provided to the Government as stipulated in the FAR, Part 36.609-2. The A/E shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by the A/E, their Employees, Agents, Assignees, and Subconsultants under the contract. The A/E shall, without additional compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, and other services. The A/E shall demonstrate existence of a Quality Control (QC) system that will be used for all work submitted to the National Park Service. The QC system shall be utilized by the prime contractor and all subcontractors and shall, at a minimum, include the following: • Coordination of drawings and specifications within each discipline, and between all disciplines. • Verification that all documents to be submitted are accurate and correct. • Checklists for internal review of drawings, specifications, calculations, and cost estimates. • Verification, prior to submittal to the National Park Service, that all required documents for each submission are included and complete, per the contract requirements. • Verification that all required documents have undergone a QC review prior to submittal to the National Park Service. The National Park Service requires documentation and submittal of all QC work performed. Further information on National Park Service governing laws and policies, standards, definitions, practices and guidelines can be found at - http://www.nps.gov/dscw/design.htm COORDINATION: The proposed work may extend over several fiscal years and involve projects at various stages of completion, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The firm(s) will need to have direct contact with Federal, State and local regulatory agencies to assure compliance with regulations, codes, policies, and permitting processes. SPECIALIZED SERVICES: In the course of doing business with Architect/Engineering firms under contract with the Denver Service Center, the NPS occasionally needs to obtain specialized services from subconsultants under the prime contract. In these instances, the majority of the work may be performed solely by the subconsultant with little involvement of the prime contractor. Even though the work is performed primarily by the subconsultant, NPS will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. All task orders will be issued to the prime contractor. Prime contractors have indicated their concerns with the ceiling amounts and the effect these "pass-throughs" would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the NPS will continue to acquire such specialized services in this manner. The NPS does not allow the prime consultant an administrative handling or coordination fee on sub-consultant's services. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: 1. Demonstrated experience with integrated design, with an emphasis on coordinated full range of multidisciplinary team(s) and/or members, establishment of up-front environmental and sustainable goals, whole systems approach and follow-through. Team shall demonstrate the balance of aesthetics, cost, constructability, sustainability applications/techniques including overall operation and maintenance requirements. Include experience working with exhibit and interpretive designers. Demonstrate the ability of the team to communicate, coordinate, and facilitate work expeditiously with the NPS, to participate in related meetings and readily integrate into a multi-disciplinary design team. Emphasis will be placed on the team's prior work experience as a team on previous projects, and ability to work with multiple entities including Federal, State, and local agencies and other involved concerns. 2. Demonstration of a sustainable design ethic, philosophy, and approach and the ability of the team to produce viable design solutions that show an awareness and sensitivity to local natural and cultural resources and the global environment, as well as aesthetic considerations appropriate for National Park settings. 3. Demonstration of a preservation design ethic, philosophy, and approach and the ability of the team to produce viable treatment solutions that show an awareness and sensitivity to character-defining features, historic fabric and historic scene, and adherence to the Secretary of the Interior's Standards for the Treatment of Historic Properties. Demonstrated understanding of the four categories of ultimate historic structure treatments: Preservation, Rehabilitation, Restoration, and Reconstruction. 4. Demonstrated ability, experience and technical competence in the type of work required under this contract (i.e., knowledge of indigenous cultures and practices, vernacular architectural styles, historical design and construction methods, sustainable design, natural resources processes and sensitivities, Architectural Barriers Act Accessibility Standards (ABAAS), cost estimating, Energy Policy Act, etc.) in various climatic regions for the geographic area covered by this solicitation. Capacity to respond to expanded or multiple task orders on short notice and within established schedules, while maintaining a high standard of quality and controlling costs. 5. Demonstration of the quality and effectiveness of the firm's work and quality review and assurance procedures. Include examples of Quality Control process records demonstrating effectiveness of firm's procedures. 6. Demonstrated experience with Natural and Cultural Resource Compliance (i.e. NEPA, Section 106) and demonstrated experience with local and state permitting and regulatory requirements with consideration of public water systems, sewage disposal systems, State Fire Marshall reviews, contaminated sites, fuel oil storage and transfer, etc. Demonstrated ability to integrate compliance and permitting into the construction process. 7. Provide a matrix clearly communicating which individuals and disciplines are included in the primary firm or partnership and the states in which the individuals hold a professional license or certification. Provide an organization chart shall including the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise, and office location where work will be performed. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (i.e. multiple awards). The Government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the contract. SUBCONTRACTING PLAN REQUIREMENT: If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public law 97-507, requires the A/E firm to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 19% of the contractor's intended subcontract amount be places with small businesses, 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a SF330. Submission of any additional supporting material under Section H of the SF330 is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the SF330. The additional information should not exceed 20 pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Active registration in System Award Management (SAM) https://www.sam.gov/portal/public/SAM/ is required in order to conduct business with the Federal Government. Provide your response in the form of One (1) original and two (2) copies plus one Electronic Copy (CD or flash drive) included with your hard copy. Your responses must be received by 4:00 p.m. Mountain Daylight Time, April 11, 2014 at the following address: National Park Service, Denver Service Center, Contract Services, Attn: Robin Fuchs, 12795 West Alameda Parkway, Lakewood, Colorado 80228. NOTE: THIS IS NOT A REQUEST FOR PROPOSALS. Contract Specialists: Robin Fuchs (303) 969-2841 robin_fuchs@nps.gov Marlene Haussler (303) 969-2159 marlene_haussler@contractor.nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00515/listing.html)
 
Place of Performance
Address: National Park Service — Northeast and National Capital Regions (primary geographic area) and Nationwide (secondary geographic area), United States
 
Record
SN03329883-W 20140406/140404234121-373d256434fd8a97a424a463adda26d3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.